Immigration Holding Centre Project A&E project
Solicitation number EF944-171885/A
Publication date
Closing date and time 2017/02/27 14:00 EST
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Letter of Interest (LOI) Immigration Holding Centre Project - Montreal region (Reference No. EF944-171885) Nature of Requirements: Canada's Immigration and Refugee Protection Act (IRPA) stipulates who is inadmissible to Canada, including: security threats (espionage, subversion, terrorism, threat to Canadians etc.); human or international rights violators, and criminals (including organized crime). Under the IRPA, the Canada Border Services Agency (CBSA) is empowered with the right to arrest,detain and remove permanent residents and foreign nationals who are found to be inadmissible to Canada. The CBSA also has the statutory obligation to remove individuals as soon as possible. The CBSA is the sole federal accountable immigration detention authority, and as such, is responsible for the care and control of immigration individuals detained under the IRPA (Detainees). The CBSA seeks to build a crown-owned Immigration Holding Centre (IHC) to house foreign nationals subject to immigrationdetention under the IRPA. The project involves the construction of a new a one-storey non-institutional looking IHC located within a 30-km radius of the Pierre Elliott Trudeau International Airport (in Dorval, Quebec), the Inland Enforcement office (located at 715 Peel Street) and the Guy Favreau Complex (located at 200 Rene Levesque Boulevard) in downtown Montreal, Quebec. Individuals held in an IHC are not allowed to leave the facility, unless under CBSA custody. They however have access to multiplespaces throughout the Centre. The IHC will consist of approximately 5200 m² of floor area for living accommodations, administration spaces, support spaces and special purpose spaces. The new building is to include all typical building elements, namelythe substructure, the building shell and superstructure, interiors, mechanical and electrical services as well as equipment and furnishings. Specific security-related work involve camera surveillance, access control and communication systems, and others.Site work is to include exterior parking and yards, signage, civil work, landscaping, etc. An environmental certification (e.g. Green Globes 4, LEED Gold) may be considered as a project requirement. An initial conceptual design will be provided withtheaward of the Contract (pursuant to the RFP), along with other supporting project documentation, to be further developed and finalized by the consultant at planning, design and implementation stages of project delivery. Detailed examples of these documents will be provided with the RFP, scheduled to be published on BuyandSell in March 2017. SECURITY Requirements: It is expected that the tender documents for the above project involve protected information, specifically for access control systems (doors) and CCTV systems (cameras). Therefore the tender solicitations for this project will include security requirements, with the obligation that interested entrepreneurs hold a corporate reliability status called "Designated Organization Screening(DOS)" and a "Document Safeguarding Capability (DSC)" and this at bid submission. Refer to web page http://ssi-iss.tpsgc-pwgsc.gc.ca/outils-tools/ns-sl-eng.html for more information on this subject. All companies or suppliers interested in bidding forthese future projects with Public Services & Procurement Canada (PSPC) but that do not meet the potential security requirements may ask the Quebec branch of PSPCs Acquisitions and Compensation Services to sponsor them to obtain a DOS as well as a DSC. Furthermore, companies or suppliers interested in bidding are informed that protected documents will have to be consulted for tendering, which requires employees of interested companies or suppliers to hold a reliability security status during the tender periods. For more information on personnel and organization security screening or security clauses, Offerors should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. Please send yoursponsorship request in writing to: Camille Ghali Supply Specialist Fax: 514-496-3871 E-mail: camille.ghali@tpsgc-pwgsc.gc.ca Your request must include the following information: Name offirm (Corporate name) Contact Person Full address Email Telephone number Fax Language of choice Acquisitions and Compensation Services, Quebec Region, will forward the sponsorship requests to the PSPC Industrial Security Division in Ottawa. The companies will receive information and questions directly from the Industrial Security Office and will be responsible for providing appropriate and timely information in order to get the process underway as quickly as possible. Companies are solely responsible for following up on their requests. The Quebec Regions Acquisitions and Compensation Services sole involvement is to initiate sponsorship and not to intervene in any subsequent steps in the security clearance process. This LOI is neither a call for tender nor a Request forProposal (RFP). No agreement or contract will be entered into based on this LOI. The issuance of this LOI is not to be considered in any way a commitment by the Government of Canada, nor as authority to potential respondents to undertake any work thatcould be charged to Canada. This LOI is not to be considered as a commitment to issue a subsequent solicitation or award contract(s) for the work described herein. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Ghali, Camille
- Phone
- (514) 496-3871 ( )
- Fax
- () -
- Address
-
Place Bonaventure, portail Sud-Est
800, rue de La Gauchetière Ouest
7 ième étageMontréal, Québec, H5A 1L6
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_MTC.B560.E14136.EBSU000.PDF | 000 |
English
|
82 | |
ABES.PROD.PW_MTC.B560.F14136.EBSU000.PDF | 000 |
French
|
36 |
Access the Getting started page for details on how to bid, and more.